Federal Bid

Last Updated on 28 Aug 2010 at 8 AM
Sources Sought
Location Unknown

WRAFB CARA Altitude Simulator

Solicitation ID 4QBP57108602
Posted Date 29 Jul 2010 at 8 PM
Archive Date 28 Aug 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Gsa Fas Aas Region 4
Agency General Services Administration
Location Georgia

 STATEMENT OF OBJECTIVE

4QBP57108602 WRAFB CARA Altitude Simulator 

BACKGROUND

The US Air Force has a requirement that is to be accomplished through the General Services Administration (GSA), Federal Acquisition Service, (FAS), Assisted Acquisition Services, Division, southeast Sunbelt Region.    

 Current high production and critical workload is accommodated by one Teradyne ATE possessing only one unique Altitude Simulator as its required test equipment.  A VDATS ATE will be introduced in the future with its own Altitude Simulator to provide further support to current and projected production requirements.  However, in the current and future testing environment, no applicable spare Altitude Simulator will be available for support of continued production requirements should one of the native Altitude Simulators become non-functional and in need of long-term repairs.  In the current situation, if the sole Altitude Simulator becomes inoperable, the entire testing system is affected and steady, high-impact repair requirements will not be completed.  It is important that the shop possess an available spare for all active CARA ATE systems such that repair requirements (typically 70 to 100 LRUs per month) are uninterrupted and continuously accomplished.   

•1.0  DESCRIPTION OF SERVICES.  This equipment, as integrated with Automatic Test Station resources, supports the AN/APN-232(V) system, which is utilized by the following aircraft platforms: C-5; C-17; C-130; F-5; F-15; F-16; F-111, H-53.  Receiver-Transmitter LRUs tested and checked by CARA ATE systems are projected to be fielded on additional multiple aircraft.  Therefore, it is expected that future production requirements will only increase.  The current Teradyne automatic tester is running at maximum testing capacity. If the sole Altitude Simulator in the station is down for maintenance or repair, there will be production delays.  This would cause backorders and MICAPS immediately.  This insufficiency will drive customers to seek repair needs elsewhere. 

The Teradyne altitude simulator was acquired and integrated within the station as required equipment for complete CARA LRU testing.  A VDATS tester was introduced to the repair depot to supplement current LRU testing demands and accommodate increasing CARA workload.  In order to maintain current CARA LRU testing standards and requirements, an identical altitude simulator was procured through sole source in FY2008 for integration with the VDATS core configuration.  Changes in the marketplace have made some internal altitude simulator components obsolete since those items are no longer available through existing suppliers.  

The purpose of this effort is to acquire a spare Altitude Simulator (PN: TE-8062) in support of the AN/APN-232 Combined Altitude Radar Altimeter (CARA) workload.  Current high production and critical workload is accommodated by one Teradyne ATE possessing only one unique Altitude Simulator as its required test equipment.  A VDATS ATE will be introduced in the future with its own Altitude Simulator to provide further support to current and projected production requirements.  However, in the current and future testing environment, no applicable spare Altitude Simulator will be available for support of continued production requirements should one of the native Altitude Simulators become non-functional and in need of long-term repairs.  In the current situation, if the sole Altitude Simulator becomes inoperable, the entire testing system is affected and steady, high-impact repair requirements will not be completed.  It is important that the shop possess an available spare for all active CARA ATE systems such that repair requirements (typically 70 to 100 LRUs per month) are uninterrupted and continuously accomplished.  This equipment, as integrated with Automatic Test Station resources, supports the AN/APN-232(V) system, which is utilized by the following aircraft platforms: C-5; C-17; C-130; F-5; F-15; F-16; F-111, H-53.  Receiver-Transmitter LRUs tested and checked by CARA ATE systems are projected to be fielded on additional multiple aircraft.  Therefore, it is expected that future production requirements will only increase.  The current Teradyne automatic tester is running at maximum testing capacity. If the sole Altitude Simulator in the station is down for maintenance or repair, there will be production delays.  This would cause backorders and MICAPS immediately.  This insufficiency will drive customers to seek repair needs elsewhere. The contractor (NavCom Defense Electronics, Inc.) shall manufacture and deliver a quantity of one (1) Altitude Simulator (P/N: TE-8062) and associated RF accessories possessing the same form/fit/function as previous Altitude Simulators procured by WR-ALC and meeting the software and hardware requirements of existing test station hardware and software as defined in this performance-based work statement.  Changes in the marketplace have made some internal altitude simulator components obsolete since those items are no longer available through existing suppliers.  NavCom will perform non-recurring engineering activities to identify and integrate suitable equivalent internal components to replace the obsolete items in order to maintain the same form, fit, and function for all future altitude simulator units.  NavCom will then deliver the altitude simulator unit to WR-ALC subject to acceptance activities.
   

2.0 GENERAL INFORMATION:   

2.1 General Requirements

The contractor shall provide the program management, administrative, financial, and technical resources, and all required materials and facilities to accomplish the tasks defined in this SOO.  The contractor shall facilitate and be responsible for the planning, execution, and control of all tasks and sub-tasks set forth in this SOO.  The contractor shall provide the requirements definition, design, development, qualification, integration, test, production, documentation and support to accomplish the detailed tasks listed in Section 3.2.  The contractor shall utilize the Contractor Progress, Status, and Management Report format for reporting all program technical progress and funding status.  The contractor shall not develop, allow the development, or use of any proprietary data except as approved by the USAF.

2.2 Detailed Requirements/Task Descriptions

The contractor shall produce, integrate, test/validate, and deliver a form-fit-function equivalent of the CARA Altitude Simulator (P/N TE-8062).  The CARA Altitude Simulator shall be used at the Depot Level of maintenance for testing, adjusting, alignment, and fault isolation of the CARA system, which includes the Receiver-Transmitter (PN: 8010000653-6 and 8010000788-1) and its shop receivable units (SRUs), (these assemblies are hereinafter referred to as the Unit Under Test (UUT)).  Tasks shall encompass:

a.   Provide Altitude Simulator calibration test report to the U.S. Air Force subsequent to vendor calibration of the Simulator and in advance of vendor Acceptance Testing of the Simulator.  Altitude Simulator shall meet the requirements of Original Equipment Manufacturer (OEM) Acceptance Test Procedure (ATP) TP4474 (or equivalent procedure as approved by the U.S. Air Force) at WR-ALC (CDRL A002-Test/Inspection Report).

b.   Provide Altitude Simulator acceptance test report as part of the acceptance test plan effort to the U.S. Air Force subsequent to vendor Acceptance Testing of the Simulator for Air Force approval 30 days prior to on-site ATP at WR-ALC.  Altitude Simulator shall meet the requirements of Original Equipment Manufacturer (OEM) Acceptance Test Procedure (ATP) TP4475 (or equivalent procedure as approved by the U.S. Air Force) on the CARA Teradyne Automatic Test Equipment (ATE) Station at WR-ALC (CDRL A001-Acceptance Test Plan).

c.   Technical publication efforts to prepare T.O. change packages to update procedures in affected test station and UUT T.O.'s.  Packages shall be delivered on CD and in editable electronic format.

d.   Technical publication efforts to prepare new Maintenance Manual Intermediate Level for AN/APN-232(V) Combined Altitude Radar Altimeter TE-8062x Altitude Simulator Technical Order IAW MIL-PRF-32216.  If COTS manuals are provided, the contractor shall acquire on behalf of the Government, as a minimum, Limited Rights as prescribed by Federal Acquisition Regulations (FAR) 52.227. Two paper copies and two CD-ROMS containing the Indexed Portable Document Format (IPDF) will be delivered.  Duplication of information adequately supported by commercial manuals will be avoided (CDRL A003-Technical Manual Contract Requirement (TMCR)).

e.   Provide for Installation, Checkout and Demonstration (IC&D) as part of the Acceptance Test Plan effort at the government's designated facility.  The IC&D shall consist of successful verification on the existing CARA Teradyne Spectrum ATE utilizing the delivered simulator without any adjustment and/or modification to existing station and CARA weapon system test program set (TPS) software or its associated hardware for the following taskings:

•1.     Successful Simulator software installation (IAW TP4473) and passing of the Simulator Acceptance Test Procedure (IAW TP4475).

•2.     Successful go-chain testing and checkout of Receiver-Transmitter (RT) LRUs (PN: 8010000653-6 and/or PN: 8010000788-1) using CPIN(s) 85F-APN232/CARA/RT-U003-00A and/or 85F-APN232/CARA/RT/VDATS-U001-00A IAW T.O. 12P5-2APN232-13 procedures. 

•3.     Successful go-chain testing, functionality verification, and checkout of the CARA Teradyne Spectrum ATE (PN: S9-100-71) and its TMDE using CPIN(s) 85F-APN232/CARA/RF-U001-00A and Teradyne Tester System Software Checkers IAW T.O. 51P6-2-2-70-1 procedures.

f.    The Contractor shall support the Government in resolving issues identified during acceptance tests and IC&D (acceptance test plan).  This support shall be considered all-inclusive, meaning that the contractor is responsible to resolve and implement a solution to all identified issues.

g.   The contractor shall provide warranty repair services for the delivered Altitude Simulator hardware and software for a period of 1 year subsequent to its delivery and acceptance at WR-ALC.  The warranty shall be all-inclusive, and cover latent defects and design flaws encountered with the Simulator.  Correction and/or repair for each incident shall not exceed 3 months, unless otherwise agreed to by all parties involved. 

•1.    
The contractor shall perform the following services for above named item in accordance with manufacturer's specifications. 

•a.    
Quantity of one (1) Altitude Simulator and associated RF accessories possessing the same form/fit/function as previous Altitude Simulators procured by WR-ALC and meeting the requirements of OEM Acceptance Test Procedure (ATP) TP4475 (or equivalent procedure as approved by the U.S. Air Force) on both the CARA Teradyne Automatic Test Equipment (ATE) Station and Versatile Depot Automatic Test Station (VDATS) at WR-ALC.  Software installation shall be defined by TP4473 (or equivalent procedure as approved by the U.S. Air Force).  Calibration requirements and procedures shall be defined by TP4474 (or equivalent procedure as approved by the U.S. Air Force).  In addition, the following contract data requirements shall be part of this effort:

 i.    Vendor requirement to provide vendor calibration report for the Simulator to the U.S. Air Force in advance of vendor Acceptance Testing of the Simulator. [CDRL A002 - Test/Inspection Report]

                                         ii.    Vendor requirement to provide acceptance test report for the Simulator to the U.S. Air Force subsequent to vendor Acceptance Testing of the Simulator. [CDRL A001-Acceptance Test Plan]

 •b.    Provide updated technical data regarding any component and/or subassembly changes, upgrades, and replacement involving the procured Altitude Simulator hardware as well as changes to applicable asset firmware and software versions.  Required updated technical data is in reference to Maintenance Manual Intermediate Level for the Altitude Simulator (existing T.O. 33A1-3-208-2).  In addition, the following contract data requirements shall be part of this effort:

                                          i.    Vendor requirement to provide corresponding commercial technical manual for the Simulator to the U.S. Air Force in advance of Simulator delivery.

[CDRL A003 - Technical Manual Contract Requirements (TMCR)] 

•c.     Calibrate and certify the accuracy of subject item to manufacturer's specifications traceable to National Institute of Standards Technology.  Provide functional calibration certificate for Simulator upon delivery to WR-ALC. 

•d.    Perform tests necessary to ascertain that subject item will deliver results commensurate with specification and requirements of the avionics equipment dependent upon its functions. 

3.0 DATA

3.1 T.O. Verification

If deemed necessary by the government and determined required in the IC&D, the contractor shall host, support, and co-chair (at contractor's facility) a T.O. Verification of affected test station and UUT T.O. change packages.  T.O. change packages shall be provided to the equipment specialists for review and approval 30 days prior to the IC&D.  The verification will be conducted during the IC&D through T.O. red-lining activities.  The verification shall be scheduled prior to delivery of the Altitude Simulator.  The contractor shall support and provide all necessary resources, i.e., meeting agendas, conference room, applicable data, minutes, and appropriate personnel to answer any questions to perform the verification effectively.  The contractor shall correct all discrepancies identified in the verification.

3.2 Contact Point

The Contracting Officer's Technical representative (COTR) will be an engineer and will be identified by engineering supervision upon request.

3.3 Performance of Service During Crisis

In accordance with DoDI 3020.37, Continuation of Essential DoD Contractor Services During Crisis, these services are not considered to be mission essential during time of crisis.

4.0 Appendices 

4.1 Appendix A - Contract Data Requirements List

 

Contract Data Requirements List (CDRL)

Seq

DID

TITLE

DESCRIPTION

PARAGRAPH

A001

DI-QCIC-80553A

Simulator Acceptance Test Procedures

Acceptance Test Report, OEM Acceptance Testing, IC&D Testing and Vendor Support in conjunction with Acceptance Activities

3.2(b), 3.2(e)

A002

DI-NDTI-80809B

Test/Inspection Report

Vendor Calibration Report

3.2(a)

A003

TM-86-01M

COTS Manuals and Associated Supplementary Data (MIL-PRF-32216)

Technical Manuals

3.2(d)

 4.5 Appendix A - Definitions/Acronyms           

                                                                       

                                                                       

CARA                                                               Combined Altitude Radar Altimeter

CD                                                                   Compact Disk

CDRL                                                               Contract Data Requirements List

COTS                                                               Commercial Off-The-Shelf

CPIN                                                                 Computer Program Identification Number

EMXG                                                              Electronics Maintenance Group

GFE                                                                 Government Furnished Equipment

GFM                                                                 Government Furnished Material

IAW                                                                  In Accordance With

IPB                                                                   Illustrated Parts Breakdown

ITA                                                                   Interface Test Adapter

LRU                                                                  Line Replaceable Unit

MICAP                                                              Mission Capable

OEM                                                                 Original Equipment Manufacturer

PBWS                                                              Performance Based Work Statement

RF                                                                    Radio Frequency

SOW                                                                Statement of Work

SRU                                                                 Shop Replaceable Unit

TMCR                                                               Technical Manual Contract Requirement

TRD                                                                  Test Requirement Document

TO                                                                    Technical Order

TPM                                                                 Test Procedures Manual

TPS                                                                  Test Program Set

USAF                                                               United States Air Force

UUT                                                                  Unit Under Test

WR-ALC                                                            Warner Robins - Air Logistics Center

Systems Engineering                                         The office responsible for the aircraft system which is being tested.

Contracting Office Address:

General Services Administration

Federal Acquisition Service

401 West Peachtree Street, NW

Suite 2700

Atlanta, GA 30308 

Primary Point of Contact.:

Kevin Metcalf

Customer Account Manager

GSA, FAS, Assisted Acquisition Service

Office:  (404) 332-3336

Email:  [email protected]

 Secondary Point of Contact:

ROSA DEBRO

Sr. Contracting Officer

GSA, FAS, Assisted Acquisition Service

Office :(404) 331-3604

E-mail:[email protected]

 

 

 

Bid Protests Not Available

Similar Opportunities

Tinker air force base Oklahoma 06 Aug 2025 at 7 PM
San diego California 30 Sep 2025 at 4 AM (estimated)
Springfield Illinois 24 Jul 2025 at 6 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM